34th Street Pump Station Improvements

Solicitation No. CO-00072-RA
Job No. 13-6004
Status: Selection Approved and Awarded
Awarded: 1/6/17
Due Date: 2:00 PM Wednesday, 10/26/16
Estimated Budget: $13,992,080.00

Awarded Firm: Archer Western

BID OPENING HAS MOVED TO OCTOBER 26, 2016

Sealed bids are requested by the San Antonio Water System for the construction of improvements including renovations to an existing pump station building and valve vaults, including pumps, piping, and valve upgrades; new chemical feed facilities, including new buildings for fluoride and sodium hypochlorite generation systems, with chemical feed pumps, exterior storage tanks; yard piping, electrical and SCADA equipment; concrete foundations; demolition and other site improvements for a complete in-place facility for the 34th Street Pump Station Improvements Project, SAWS Job No. 13-6004.

 

To view additional project information, as well as obtain the plans and specifications for this project, visit our website located at www.saws.org and click on the Business Center.  Then select Bidder, Consultant, and Vendor Registration, which is located on the left-hand side of the screen.  Select the Register Now button and proceed with registration. 

 

For difficulties downloading plans and specifications, contact the Contracting Department at 210-233-3405.

 

For questions regarding this solicitation, technical questions or additional information, please contact Rosalee Arcos, Contract Administrator, in writing via email to: Rosalee.Arcos@saws.org or by fax to (210) 233-4493 until 4:00 PM (CT) on October 4, 2016. Answers to the questions will be posted to the web site by 4:00 PM (CT) on October 14, 2016 as a separate document or included as part of an addendum.

 

A mandatory pre-bid meeting will be held at 9:00 AM (CT) on September 30, 2016 at the San Antonio Water System’s Tower II Building, Conference Room CR-C145, 2800 U.S. Hwy 281 North, San Antonio, Texas.  Please be advised that under no circumstances shall any late or non-attendee(s) to the Mandatory Pre-Bid Meeting be allowed to submit a bid for the project. There will be a mandatory site visit immediately following the pre-bid Meeting, at 3939 Flagle Street, San Antonio, TX, 78237.

 

Sealed bids will be received by the Contract Administration Division, 2800 U.S. Hwy 281 North, Customer Center Building, Suite 171, San Antonio, Texas 78212, until 2:00 PM (CT), October 21, 2016.  Bids will then be publicly opened and read aloud in Contract Administration, CR-C 137, Customer Center Building, 2800 U.S. Hwy 281 North, San Antonio, Texas. Each bid must be accompanied by a cashier's check, certified check, or bid bond in an amount not less than five percent of the total bid price.

 

This contract is contingent upon release of funds from the Texas Water Development Board.

Any contract or contracts awarded under this Invitation for Bids (IFB) are expected to be funded in part by financial assistance from the Texas Water Development Board (TWDB).  Neither the State of Texas nor any of its departments, agencies, or employees are or will be a party to this IFB or any resulting contract.

 

Equal Opportunity in Employment – All qualified applicants will receive consideration for employment without regard to race, color, religion, sex, age, handicap, or national origin.  The contractor shall carry out applicable requirements of 40CFR Part 33 in the award and administration of contracts awarded under TWDB financial assistance agreements.  Failure by the contractor to carry out these requirements is a material breach, which may result in the termination of the awarded financial assistance.

 

This contract is subject to the Environmental Protection Agency’s (EPA) “fair share policy”, which includes EPA-approved “fair share goals” for Minority Business Enterprise (MBE) and Women’s Business Enterprise (WBE) firms in the Construction, Supplies, Equipment and Services procurement categories.  EPA’s policy requires that applicants and prime contractors make a good faith effort to award a fair share of contracts, subcontracts, and procurements to MBE and WBE firms.  Although EPA’s policy does not mandate that the fair share goals be achieved, it does require applicants and prime contractors to demonstrate use of the six affirmative steps.  The current fair share goals for the State of Texas are as follows: 

MBE: CONSTRUCTION 12.94%; SUPPLIES 9.68%; SERVICES 10.84%; EQUIPMENT 7.12%.

WBE:  CONSTRUCTION 8.72%; SUPPLIES 9.34%; SERVICES 5.72%; EQUIPMENT 5.39%.

All laborers and mechanics employed by contractors and subcontractors on projects funded directly by or assisted in whole or in part by and through the Drinking Water State Revolving Fund (DWSRF) shall be paid wages at rates not less than those prevailing on projects of a character similar in the locality as determined by the Secretary of Labor in accordance with subchapter IV of chapter 31 of title 40, United States Code.

 

Pursuant to Reorganization Plan No. 14 and the Copeland Act, 40 U.S.C. 3145, the Department of Labor has issued regulations at 29 CFR parts 1, 3 and 5 to implement the Davis-Bacon and related Acts.  Regulations in 29 CFR 5.5 instruct agencies concerning application of the standard Davis-Bacon contract clauses set forth in that section.  All grants, cooperative agreements, and loans funded under the CWSRF and DWSRF shall include the standard Davis-Bacon contract clauses found in 29 CFR 5.5(a), which shall also be incorporated in any resultant covered contracts that are in excess of $2,000 for construction, alteration or repair (including painting and decorating).

 

Comply with all federal requirements applicable to the Loan (including those imposed by the 2014 Appropriations Act and related SRF Policy Guidelines) which the Participant understands includes, among other, requirements that all of the iron and steel products used in the Project are to be produced in the United States (“American Iron and Steel Requirement”) unless (i) the Participant has requested and obtained a waiver from the Agency pertaining to the Project or (ii) the Finance Authority has otherwise advised the Participant in writing that the American Iron and Steel Requirement is not applicable to the Project.

 

Comply with all record keeping and reporting requirements under the Clean Water Act/Safe Drinking Water Act, including any reports required by a Federal agency or the Finance Authority such as performance indicators of program deliverables, information on costs and project progress.  The Participant understands that (i) each contract and subcontract related to the Project is subject to audit by appropriate federal and state entities and (ii) failure to comply with the Clean Water Act/Safe Drinking Water Act and this Agreement may be a default hereunder that results in a repayment of the Loan in advance of the maturity of the Bonds and/or other remedial actions.

 

Any contract(s) awarded under this Invitation for Bids is/are subject to the American Iron and Steel (AIS) requirements of P.L. 113-235 Consolidated and Further Continuing Appropriations Act 2015.

 

Mandatory
Pre-Bid Meeting

9:00 AM, Friday Sep. 30, 2016
San Antonio Water System Customer Service Building, 2800 U.S. Hwy 281 N, San Antonio, Texas 78212; Conference Room C-145

Notify Me

Receive updates sent straight to your inbox.

Plan Holders List

View plan holders list.

Downloads

Addendum 1
Sep. 23, 2016
Mandatory Pre-bid Sign-in Sheet
Sep. 30, 2016
Addendum 2
Oct. 14, 2016
Addendum 3
Oct. 19, 2016
Addendum 4
Oct. 20, 2016
Addendum 5
Oct. 20, 2016
Addendum 6
Oct. 20, 2016
Addendum 7
Oct. 21, 2016
Specifications
Sep. 16, 2016
Note: You must be logged in to access this document.
Plans
Sep. 16, 2016
Note: You must be logged in to access this document.
Bid Opening Results
Oct. 26, 2016
Bid Tab
Jan. 6, 2017
Prelimnary Engineering Report
Sep 29, 2016
Note: You will be prompted to login to access this document.